MODIFICATION
20 -- Flushing of #2 MDE & Jacket Water - FORWARD
- Notice Date
- 3/26/2014
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-14-Q-60156
- Archive Date
- 4/25/2014
- Point of Contact
- Ramona E. Hatfield, Phone: 4107626101
- E-Mail Address
-
Ramona.E.Hatfield@uscg.mil
(Ramona.E.Hatfield@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-14-Q-60156 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, 31 Jan 2014. (iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1,000 Employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. Concerns that respond to this notice must fully demonstrate the capability to accomplish the requirements as delineated and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. (v) ITEM 0001, #2 MDE & Jacket Water System Flush. Contractor will provide flushing services IAW SOW for the CGC FORWARD. After award site visit is recommended, please contact Mr. Grady Bosheers: 410-320-9068. Quantity 1 JB. Estimated Performance Start Date is 28 APRIL 2014. (vi) Place of Performance is: USCG YARD, 2401 Hawkins Point Road, Baltimore, MD 21226. ****PLEASE QUOTE PRICES FOB DESTINATION**** a) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2012). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit three, and no more, relevant past performance history including: contract number, point of contact and the contact information. g) Offerors shall agree to the condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Offeror is required to be registered in SAMS (www.SAM.gov), and verification by the applicable vendor is needed to evidence that the record is current and valid. (vii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. (viii) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2013) with Alt 1 included are to be submitted with your offers. (ix) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013) applies to this acquisition. (x) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2014). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) b. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). c. 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a)(2)). d. 52.222-3 Convict labor (June 2003) (E.O. 11755) e. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (EO 11755) f. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) h. 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). i. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug. 2011) (E.O. 13513). j. 52.222-50 Combating Trafficking in Persons (Feb. 2009) k. 52.225-1 Buy American Act- Supplies (Feb 2009) (41 U.S.C. 10a-10d) l. 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(31.S.C. 3332). n. 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). o. 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). p. 52.233-3 Protest after award (Aug. 1996.) q. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). r. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov and http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. (xi) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xii) N/A (xiii) QUOTES ARE DUE BY 4:00 PM EST on SUNDAY, 30 MARCH 2014. Quotes may be faxed (410) 762-6008 or (preferred) emailed to Ramona.E.Hatfield@uscg.mil (xiv) POC is Ramona Hatfield, Procurement Agent, 410-762-6101. NEED FLUSHING OF THE #2 MAIN DEISEL ENGINE (MDE) AND JACKET WATER SYSTEM. NEED SERVICES TO PERFORM FLUSHING OF #2 MDE AND JACKET WATER SYSTEM. ALL #2 MDE JACKET WATER PIPE AND #2 MDE NEEDS TO BE FLUSHED SINCE SALT WATER WAS INTRODUCED TO THE ENTIRE SYSTEM. THERE ARE THREE PHASES OF FLUSHING. 1. SULFAMIC ACID FLUSH THROUGH ENTIRE SYSTEM WITH EXISTING JACKET WATER COOLER ***NOT*** INSTALLED IN ACCORDANCE WITH NSTM 220-1 AND STATEMENT OF WORK (SOW). 2. FRESHWATER FLUSH THROUGH ENTIRE SYSTEM WITH THE EXISTING JACKET WATER COOLER ***NOT*** INSTALLED IN ACCORDANCE WITH THE STATEMENT OF WORK. 3. FRESHWATER FLUSH THROUGH ENTIRE SYSTEM WITH THE NEW JACKET WATER COOLER INSTALLED IN ACCORDANCE WITH THE STATEMENT OF WORK. AFTER AWARD CHECK IN WITH MR. GRADY BOSHEERS BEFORE THE START OF WORK. CONTRACTOR MAY PERFORM A SITE VIST PRIOR TO START OF WORK. CALL MR. GRADY BOSHEETS TO SET UP A SITE VISIT AT 410-320-9068.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-14-Q-60156/listing.html)
- Place of Performance
- Address: USCG YARD, 2401 HAWKINS POINT RD, DRYDOCK AREA, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN03320823-W 20140328/140326234926-d4e4116beebee815ead2293e42f2de16 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |